Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
SOLICITATION NOTICE

Z -- Medical/Dental Facilities, MACC

Notice Date
3/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
N62472-01-R-0050
 
Response Due
5/20/2002
 
Archive Date
6/4/2002
 
Point of Contact
Patty Hemingway, Contract Specialist, Phone (610)595-0829, Fax (610)595-0671, - Patty Hemingway, Contract Specialist, Phone (610)595-0829, Fax (610)595-0671,
 
E-Mail Address
hemingwaypw@efane.navfac.navy.mil, hemingwaypw@efane.navfac.navy.mil
 
Description
This is a Pre-Solicitation Notice. In accordance with FAR 5.102(d), the availability of the solicitation will be issued electronically only. The address for downloading this solicitation from the Internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge. All prospective offerors should register on the NAVFAC Electronic Solicitation Internet website (www.esol.navfac.navy.mil). Hard copies (paper sets) of the solicitation will not be provided by the Government. Notification of any change to this solicitation (amendments) shall be made only on the Internet. It is therefore the contractor?s responsibility to check the Internet site daily for any posted changes to this solicitation. THIS SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The acquisition is being conducted using full and open competition (unrestricted) and is therefore subject to Federal Acquisition Regulation clause 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns?. The North American Industry Classification System, NAICS, Code of 233320, and the small business size standard is $27.5 million are applicable to this contract. This solicitation will result in award of Medical/Dental Multiple Award Construction Contracts (MACC). The MACC will include up to four (4) Indefinite Quantity contracts with firm fixed price task orders to be placed thereunder. The work contemplated under this procurement shall include maintenance, repair, alteration, and construction (which may include design/build services) for medical and dental facilities and related systems and equipment. Projects may include asbestos removal and demolition. The work will be concentrated at, but not limited to EFA-Northeast, Naval Facilities Engineering Command's area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia as well the Caribbean. Work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Also, work could be added in the area of responsibility of Southern Division, Naval Facilities Engineering Command in the state of Florida. Award of the seed project will be made to the responsible offeror whose proposal, conforming to this solicitation, is considered to be the most advantageous to the Government as a result of a Best Value evaluation with price and technical evaluation factors being approximately equal in importance. Source Selection procedures will be utilized for this procurement. Interested firms will be required to respond to evaluation factors as set forth below. The evaluation factors may include 1) Relevant Past Performance, 2) Management Plan, 3) Specialized Technical Experience, Expertise and Qualifications, 4) Commitment to Small Business Concerns, and 5) Safety Record. The offeror will be required to provide information regarding their construction phasing plan and their construction team. The Request for Proposal package will be available 20 March 2002 and the estimated receipt of proposals date is 4:00 P.M., EST, 20 May 2002 at EFA Northeast Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. A pre-proposal conference/site visit is planned at the Naval Submarine Base New London, Groton, CT at a date to be announced. Participation in the pre-proposal conference/site visit, including those for future task orders, will be the responsibility of the offerors and are not reimbursable by the Government. The maximum value of this contract will be $75.0 million over the 5 years of contract performance. A bid guarantee will be required to be submitted with the proposal in the amount of $3.0 million to remain in effect throughout the full term of the contract . The anticipated range for each task order will generally be between $5.0 million and $25 million. The scope of the seed project (Phases A, B & C) for the Repairs to Naval Ambulatory Care Clinic (NACC) Building 449, at the U. S. Naval Submarine Base New London, Groton, CT includes life safety and other (mostly mechanical and electrical) repairs, demolition; asbestos, lead paint and PCB mitigation; interior partition wall changes; interior finishes; fire suppression; heating, ventilation and air conditioning; medical gases; plumbing; unit substation; switchgear; generator with integral fuel tank in weatherproof enclosure and switchboard; electrical; fire alarm; communication; and incidental related work to the approximate 170,000 square foot five floors of NACC Building 449. The specific DDC work under the task order 0001 for the Naval Ambulatory Care Clinic, Building 449, at the Naval Submarine Base New London, will solely provide Auto Logic DDC equipment compatible to existing ?Supervisor? Auto Logic DDC equipment utilized in NACC Building 449, and incidental related work. The estimated cost of construction of the seed project is between $10.0 million and $15.0 million and includes a period of 1,316 day for completion of the work. One option will be included for the seed project in this solicitation. Option 1 includes all work (materials, labor and supervision) for Phase D construction consisting of repairs to the second floor central sterilization, fourth floor Psychology Department, including toilets and finishes on fourth floor of the building, and upgrade finishes in stairs and elevator lobbies. The estimated cost for Option 1 is between $1.5 and $2.0 million. Davis Bacon wages will be applicable to this project. The seed project will not require design services. The minimum guarantee will be met when the seed project is awarded under the RFP N62472-01-R-0050 for the first contract award and task order. Each of the remaining up to four contracts awarded will contain a minimum guarantee of $5,000.00 over the five years of contract performance. It is anticipated that the first contractor who is awarded the seed project will meet the minimum amount of their contract. Source Selection evaluation procedures on subsequent individual task orders will be at the discretion of the Contracting Officer. All contractors awarded a contract will not be required to compete on all future task order solicitations. All awardees will be given a fair opportunity to compete on all future task order solicitations. However, awardees are not required to propose on all future subsequent task order solicitations. Awardees are only required to notify the contracting officer within ten (10) calendar days after receipt of a task order solicitation if they are not planning to submit a proposal on a particular task order. Award of a task order may be placed with only one firm if it is necessary to place an order to satisfy a minimum guarantee. Participation in the pre-proposal conference or site visits for future task orders will be the responsibility of the offerors and is not directly reimbursable by the Government. Task orders may require registered multi-disciplined professional disciplines (architectural/engineering). Questions about this Solicitation MUST be submitted in writing. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitation issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing our website at www.ccrdlsc.dla.mil or by referring to DFARS Subpart 204.73. Offerors should submit verification of their firm's registration in the CCR Database with their proposal. For technical questions concerning this solicitation, please call Mrs. Patricia Hemingway at 610-595-0829; faxed her at (610) 595-0671; or email her at hemingwaypw@efane.navfac.navy.mil.
 
Place of Performance
Address: SEE ABOVE DESCRIPTION OF WORK.
 
Record
SN00035896-W 20020307/020305213315 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.